SOURCES SOUGHT
V -- Request for Information (RFI) to Support Procurement of Launch Services for Space Test Program 4 (STP-4) Mission
- Notice Date
- 7/2/2018
- Notice Type
- Sources Sought
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- STP-4-RFI
- Archive Date
- 7/25/2018
- Point of Contact
- Ashley Cunningham, Phone: 310-653-3537, Irene Chung, Phone: 310-653-3153
- E-Mail Address
-
ashley.cunningham.4@us.af.mil, ga.chung@us.af.mil
(ashley.cunningham.4@us.af.mil, ga.chung@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Background The Air Force has a requirement to launch the STP-4 mission in April 2021 on an Evolved Expendable Launch Vehicle (EELV)-class vehicle. This mission will require a direct injection to geosynchronous orbit for a satellite with a total mass range of 3,900kg - 6,300 kg. In order to achieve this launch date, a launch service contract must be in place by April 2019. An Early Integration Study, if necessary, would need to be on contract by October 2018 to determine launch vehicle to space vehicle compatibility and to identify mission unique items or procedures for the mission. 2. Purpose This RFI is intended to collect market research information from potential STP-4 launch service providers. This information will improve the Government's understanding of industry capabilities in order to develop an acquisition strategy that meets the requirements of the STP-4 mission.   3. Requested Information Please provide responses to the following questions: 1. Does your company anticipate having the capability to perform a direct injection to geosynchronous orbit for a satellite weighing 3,900kg - 6,300 kg in April 2021? 2. Would your company respond to a request for proposal for STP-4? 4. Instructions Respondents shall provide UNCLASSIFIED feedback via Microsoft Word or PDF. Try to limit the response to a maximum of 10 pages in total length. All responses must conform to 8.5x11 inch pages and font no smaller than 11 point, Times New Roman. Proprietary information shall be marked PROPRIETARY, and it will be handled accordingly. The Government will not be liable in any manner for any proprietary information not properly identified. All responses shall be submitted via email to a Government point of contact identified below. All submissions shall include name of company, name of corporate point of contact (POC), telephone number, location, e-mail addresses of each POC, CAGE Code, and other pertinent information. Responses are requested no later than 02:00 PM Pacific Standard Time on 10 July 2018. Responses received after this time might not be considered in the Government's analyses. The Government may subsequently contact respondents for clarification on the information submitted. DISCLAIMERS AND NOTES The Air Force has entered into support contracts with The Aerospace Corporation, ManTech International Corp., Engility Corp. and Science Applications International Corp. (SAIC). These companies directly support the Air Force program office by performing acquisition support, technical reviews, systems engineering and integration analyses, cost estimation, and other assessment services. Respondents are hereby notified that all responses will be provided to our support contractors for their services to the U.S. Air Force. The Government highly encourages responses from small and small disadvantaged businesses. This notice, which solicits information for planning purposes only, shall not be construed as an invitation to bid, request for quotation, request for proposal, or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract or any other type of agreement on the basis of this announcement. All information is to be submitted at no cost or obligation to the Government. The U.S. Government is not obligated to notify respondents of the results of this announcement. The U.S. Government reserves the right to reject, in whole, or in part, any private sector input as a result of this announcement. If a formal solicitation is generated at a later date, a separate solicitation notice will be published. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/STP-4-RFI/listing.html)
- Place of Performance
- Address: TBD, TBD, United States
- Record
- SN04976050-W 20180704/180702230632-68c9b18c32272e298ad73e84b9bf7fce (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |